Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2018 FBO #5901
MODIFICATION

D -- ONE OIT Program

Notice Date
1/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
SECHQ1-18-R-0005
 
Point of Contact
Tucker Smith, Phone: 2025514278
 
E-Mail Address
smithtu@sec.gov
(smithtu@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 4 : PRE-SOLICITATION NOTICE: This pre-solicitation synopsis provides notice that the Security and Exchange Commission intends to issue a solicitation, for integrated information technology (IT) solutions, on or around February 1, 2018. Overview : 1. The Government anticipates award of multiple IDIQ contracts to multiple sources under this solicitation. The Government reserves the right to award contracts, based on the Source Selection Authority's final selection of an adequate number of firms considered most highly qualified to perform the work. Each selected firm shall be provided a fair opportunity to be considered for task orders to be issued. 2. The IDIQ contract vehicle will be for one 5-year Base Period and one 5-year Option Period. 3. The SEC will award a total of 15 contracts; 10 to Small Business teams and 5 to unrestricted teams. 4. Small Business offerors must cover all 7 service channels. Large Businesses must cover all 6 unrestricted service channels (the IT Infrastructure Management Channels is excluded from the unrestricted pool. 5. Only proposals from Small Businesses that cover all 7 service channels and Large Businesses that cover all 6 unrestricted service channels will be accepted. During subsequent roll-on/roll-off periods, the Government may reserve the right to request proposals for fewer than 7 service channels based on business requirements, needs, vendor performance or emerging/changing technology or services. Any offeror who initially submits a proposal that covers less than 7 service channels will be disqualified from award consideration. 6. Any company proposing to be either the prime contractor or a sub-contractor on a team may only be a part of one (1) team. Offerors cannot be a prime contractor on one team and a sub-contractor on another. 7. During proposal evaluations, the entire proposed team will receive credit points for experience, not just the proposed prime contractor. When two proposals are found to be equivalent, preference will be given a team where the prime covers more experience directly. 8. A maximum of two (2) examples of Experience and two (2) past performance references will be required to be submitted for each of the seven (7) Service Channels. The SEC will provide forms for offerors to use, as attachments to the solicitation. 9. Fully loaded, Direct Hourly Labor Rates will be submitted for an initially defined set of Labor Categories. Hourly ceiling rates shall be based upon the rates on the most highly qualified senior level employee or class of employees within a category working in the Washington D.C. (on-site) and at the contractor's facility (off-site), considering the higher cost of performance at a Government facility and a Contractor facility. No escalation will be factored into Offeror's pricing. Offerors will submit 1 rate for 10 years. This Presolicitation Notice is issued solely for informational and planning purposes. It does not constitute a Request for Proposals (RFP) nor is it a promise to issue an RFP in the future. Not responding to this Pre-solicitation Notice does not preclude participation in any future RFP; no response to this pre-solicitation notice is required. Any responses received to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS WILL BE GIVEN. It is the responsibility of the interested parties to monitor the ( www.fbo.gov.) site for additional information pertaining to this Presolicitation Notice. When available, the solicitation documents will be available for download exclusively from the Internet by accessing the government-wide Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. Interested parties are encouraged to register at the website to be notified when information on this project is uploaded. Any amendments issued to this solicitation will be posted solely to the FedBizOpps website. The contractor is required to register in the System Award Management (SAM) database. For information on SAM access the website at: https://www.sam.gov/portal/SAM/#1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-18-R-0005/listing.html)
 
Place of Performance
Address: 100 F Street NE, Washington, DC, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN04791227-W 20180119/180117230819-efcaf26ab88df2bbf74e7cd1794826e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.